EAST SIDE UNION HIGH SCHOOL DISTRICT ADDENDUM NO.1
Z-065-603, IH GHKL Modernization (Exterior Court &
Fencing)
Bid #: B-07-18-19
Adopted 9/20/12
DOCUMENT 00 91 01-1
DOCUMENT 00 91 01 –
ADDENDUM NO. 1 Dated: 11/16/18
1. GENERAL
This document includes requirements that clarify or supersede portions of the bid and/or
contract requirements for the project. This Addendum is a Contract Document.
2. SUMMARY
The following changes, additions and deletions shall be made to the following document(s);
all other conditions shall remain the same.
1) Additional Specifications and Changes to Specifications
a. Updated Specification section 00 41 13 Bid Form and Proposal
b. Updated Specification section 00 00 00 Table of Contents
c. Added Specification section 32 31 19 Ornamental Fencing.
d. Changes made to footer of Specification section 02 41 15 Site Utility Repair
e. Changes made to footer of Specification section 31 23 00 Excavation Grading &
Backfill
f. Changes made to footer of Specification section 32 12 16.05
2) Drawing Revision Changes
Sheet 1 – Title
a. Sheet Index updated.
Sheet 2 – Enlargement A
b. Added existing utility lines for reference.
Sheet 3 – Enlargement B
a. Added removal of two (2) existing, tree roots and root ball.
b. Added existing utility lines for reference.
Sheet 5 – Details
c. Add JANSEN ORNAMENTAL SUPPLY CO. – PLAIN STEEL ¾”
MECHANICAL CAN BOLT, Product No. GH122M ¾
EAST SIDE UNION HIGH SCHOOL DISTRICT ADDENDUM NO.1
Z-065-603, IH GHKL Modernization (Exterior Court &
Fencing)
Bid #: B-07-18-19
Adopted 9/20/12
DOCUMENT 00 91 01-2
d. Replace DOUBLE SWING ENTRY GATE DETAIL on Page 5 of 5 of the
construction drawings with attached DOUBLE SWING ENTRY GATE DETAIL
(REVISED).
e. Replace TYPICAL FENCE PANEL DETAIL on Page 5 of 5 of the construction
drawings with attached TYPICAL FENCE PANEL DETAIL (REVISED).
f. Add Basketball Standard Detail.
g. Add Bracket Installation Detail
E1.1 - Electrical Site Plan
h. Exterior light pole and fixture location adjusted.
i. Note changed to install new conduit and paint to match existing exterior conduit.
E1.2 – Electrical Demo Plan
j. Sheet added to demo existing light fixtures in project area.
3) Bid Period RFI’s
1. Question: Which company is to be used to provide wrought iron fencing?
Response: See attached Specification section 32 31 19 Ornamental Fencing.
2. Question: Can the District declare what color the new wrought iron fence and
gates will be?
Response: Wrought Iron Fence and gates will be powder coat black.
END OF DOCUMENT
EAST SIDE UNION HIGH SCHOOL DISTRICT BID FORM AND PROPOSAL
Z-065-603, IH Blds GHKL Modernization
(Exterior Court & Fencing)
DOCUMENT 00 41 13-1
Bid #: B-07-18-19 Addendum No. 1
Adopted: 01/19/2017
DOCUMENT 00 41 13
BID FORM AND PROPOSAL
To: Governing Board of East Side Union High School District (“District” or “Owner”)
From:
(Proper Name of Bidder)
The undersigned declares that Bidder has read and understands the Contract Documents,
including, without limitation, the Notice to Bidders and the Instructions to Bidders, and
agrees and proposes to furnish all necessary labor, materials, and equipment to perform
and furnish all work in accordance with the terms and conditions of the Contract
Documents, including, without limitation, the Drawings and Specifications of Bid No. B-07-
18-19.
PROJECT: IH Blds GHKL Modernization (Exterior Court & Fencing)
(“Project” or “Contract”) and will accept in full payment for that Work the following total
lump sum amount, all taxes included:
ITEM
DESCRIPTION
UNIT
TOTAL
1. All Work described in the Contract
Documents to install wrought iron fence,
basketball court and sidewalk. Includes all
overhead and profit.
Lump Sum $
2. All work described in the Contract
Documents for electrical improvements.
Includes overhead and profit.
Lump Sum
3. Total Bid Amount (Sum of Items 1 – 2) $
dollars $
BASE BID
Bidder acknowledges and agrees that the Base Bid accounts for any and all
Allowance(s), Total Cost for Unit Price.
Descriptions of alternates are primarily scope definitions and do not necessarily detail the
full range of materials and processes needed to complete the construction.
[REMAINDER OF PAGE INTENTIONALLY LEFT BLANK]
EAST SIDE UNION HIGH SCHOOL DISTRICT BID FORM AND PROPOSAL
Z-065-603, IH Blds GHKL Modernization
(Exterior Court & Fencing)
DOCUMENT 00 41 13-2
Bid #: B-07-18-19 Addendum No. 1
Adopted: 01/19/2017
EAST SIDE UNION HIGH SCHOOL DISTRICT BID FORM AND PROPOSAL
Z-065-603, IH Blds GHKL Modernization
(Exterior Court & Fencing)
DOCUMENT 00 41 13-3
Bid #: B-07-18-19 Addendum No. 1
Adopted: 01/19/2017
Additional Detail Regarding Calculation of Base Bid
1. The undersigned has reviewed the Work outlined in the Contract Documents and
fully understands the scope of Work required in this Proposal, understands the
construction and project management function(s) is described in the Contract
Documents, and that each Bidder who is awarded a contract shall be in fact a prime
contractor, not a subcontractor, to the District, and agrees that its Proposal, if
accepted by the District, will be the basis for the Bidder to enter into a contract with
the District in accordance with the intent of the Contract Documents.
2. The undersigned has notified the District in writing of any discrepancies or omissions
or of any doubt, questions, or ambiguities about the meaning of any of the Contract
Documents, and has contacted the Construction Manager before bid date to verify
the issuance of any clarifying Addenda.
3. The undersigned agrees to commence work under this Contract on the date
established in the Contract Documents and to complete all work within the time
specified in the Contract Documents.
4. The liquidated damages clause of the General Conditions and Agreement is hereby
acknowledged.
5. It is understood that the District reserves the right to reject this bid and that the bid
shall remain open to acceptance and is irrevocable for a period of ninety (90) days.
6. The following documents are attached hereto:
• Bid Bond on the District's form or other security
• Designated Subcontractors List
• Site Visit Certification
• Conflict of Interest
• Non-Collusion Declaration
• Iran Contracting Act Certification
7. Receipt and acceptance of the following Addenda is hereby acknowledged:
No. , Dated
No. , Dated
No. , Dated
No. , Dated
No. , Dated
No. , Dated
8. Bidder acknowledges that the license required for performance of the Work is a
license.
EAST SIDE UNION HIGH SCHOOL DISTRICT BID FORM AND PROPOSAL
Z-065-603, IH Blds GHKL Modernization
(Exterior Court & Fencing)
DOCUMENT 00 41 13-4
Bid #: B-07-18-19 Addendum No. 1
Adopted: 01/19/2017
9. The undersigned hereby certifies that Bidder is able to furnish labor that can work in
harmony with all other elements of labor employed or to be employed on the Work.
10. Bidder specifically acknowledges and understands that if it is awarded the Contract,
that it shall perform the Work of the Project while complying with all requirements of
the Department of Industrial Relations [and with all requirements of the Project
Labor Agreement].
11. Bidder specifically acknowledges and understands that if it is awarded the Contract,
that it shall perform the Work of the Project while complying with the Davis Bacon
Act, applicable reporting requirements, and any and all other applicable requirements
for federal funding. If a conflict exists, the more stringent requirement shall control.
12. The Bidder represents that it is competent, knowledgeable, and has special skills
with respect to the nature, extent, and inherent conditions of the Work to be
performed. Bidder further acknowledges that there are certain peculiar and inherent
conditions existent in the construction of the Work that may create, during the Work,
unusual or peculiar unsafe conditions hazardous to persons and property.
13. Bidder expressly acknowledges that it is aware of such peculiar risks and that it has
the skill and experience to foresee and to adopt protective measures to adequately
and safely perform the Work with respect to such hazards.
14. Bidder expressly acknowledges that it is aware that if a false claim is knowingly
submitted (as the terms “claim” and “knowingly” are defined in the California False
Claims Act, Gov. Code, § 12650 et seq.), the District will be entitled to civil remedies
set forth in the California False Claim Act. It may also be considered fraud and the
Contractor may be subject to criminal prosecution.
15. The undersigned Bidder certifies that it is, at the time of bidding, and shall be
throughout the period of the Contract, licensed by the State of California to do the
type of work required under the terms of the Contract Documents and registered as
a public works contractor with the Department of Industrial Relations. Bidder further
certifies that it is regularly engaged in the general class and type of work called for in
the Contract Documents.
Furthermore, Bidder hereby certifies to the District that all representations, certifications,
and statements made by Bidder, as set forth in this bid form, are true and correct and are
made under penalty of perjury.
Dated this day of 20
Name of Bidder:
Type of Organization:
Signed by:
Title of Signer:
EAST SIDE UNION HIGH SCHOOL DISTRICT BID FORM AND PROPOSAL
Z-065-603, IH Blds GHKL Modernization
(Exterior Court & Fencing)
DOCUMENT 00 41 13-5
Bid #: B-07-18-19 Addendum No. 1
Adopted: 01/19/2017
Address of Bidder:
Taxpayer Identification No. of Bidder:
Telephone Number:
Fax Number:
E-mail: Web Page:
Contractor's License No(s): No.: Class: Expiration Date:
No.: Class: Expiration Date:
No.: Class: Expiration Date:
Public Works Contractor Registration No.:
END OF DOCUMENT
East Side Union High School District
Independence High School Project #: Z-065-603
IH GHKL Modernization (Exterior Court & Fencing) Bid #: B-07-18-19
Addendum No. 1
EAST SIDE UNION HIGH SCHOOL DISTRICT
INDEPENDENCE HIGH SCHOOL IH GHKL Modernization (Exterior Court & Fencing)
PROJECT NO. Z-065-603
Volume #2 of #2
TECHNICAL SPECIFICATIONS
Table of Contents
00 00 00 Table of Contents 02 41 13 Site Demolition 02 41 15 Site Utility Repair 03 30 53 Sitework Concrete 06 15 40 Headerboards 31 23 00 Excavation, Grading & Backfill 32 00 01 General Exterior Site Construction Requirements 32 11 23 Aggregate Base 32 12 16 Hot-Mix Asphalt Paving 32 12 16.05 Hot-Mix Asphalt Pavement Repair 32 17 23 Pavement Marking 32 31 19 Decorative Ornamental Steel Fencing 32 93 07 Root Barriers Division 26 – Electrical 26 00 00 Electrical General Requirements 26 05 00 Basic Electrical Material and Methods 26 05 23 Conductors and Cables 26 05 26 Grounding and Bonding 26 05 33 Raceways and Boxes 26 05 53 Electrical Identification 26 28 16 Enclosed Switches and Circuit Breakers 26 51 00 Lighting
East Side Union High School District Independence High School Project #: Z-065-603 IH GHKL Modernization (Exterior Court & Fencing) Bid #: B-07-18-19
DECORATIVE ORNAMENTAL STELL FENCING 32 31 19
SECTION 32 31 19
DECORATIVE ORNAMENTAL STEEL FENCE
PART 1 – GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Decorative ornamental galvanized metal tubular picket fence system.
B. Related Sections:
1. Division 03 Concrete
2. Division 31 Earthwork
1.3 REFERENCES
A. American Society for Testing Materials:
1. A239 Practice for Locating the Thinnest Spot in a Zinc(Galvanized) Coating on Iron or Steel
Articles
2. A653/A653M Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-
Coated (Galvannealed) by the Hot-Dip Process
3. A1008/A1008M Specification for Steel, Sheet, Cold-Rolled, Carbon, Structural, High-
Strength Low-Alloy, High- Strength Low-Alloy with Improved Formability, Solution
Hardened, and Bake Hardenable
4. A1011/A1011M Specification for Steel, Sheet and Strip, Hot-Rolled, Carbon, Structural,
High-Strength Low- Alloy, High-Strength Low-Alloy with Improved Formability, and Ultra-
High Strength
5. B117 Practice for Operating Salt Spray (Fog) Apparatus
6. D523 Test Method for Specular Gloss
7. D714 Test Method for Evaluating Degree of Blistering of Paints
8. D1654 Test Method for Evaluation of Painted or Coated Specimens Subjected to Corrosive
Environments
9. D2244 Practice for Calculation of Color Tolerances and Color Differences from
Instrumentally Measured Color Coordinates
10. D2794 Test Method for Resistance of Organic Coatings to the Effects of Rapid Deformation
(Impact)
11. D3359 Test Methods for Measuring Adhesion by Tape Test
12. E4 Practices for Force Verification of Testing Machines
13. F2814 Guide for Design and Construction of Ornamental Steel Picket Fence Systems for
Security Purposes
14. F2408 Standard Specification for Ornamental Fences Employing Galvanized Steel Tubular
Pickets
1.4 SUBMITTALS
A. Product Data: Manufactures information for each type of product indicated.
B. Shop Drawings: Product elevations, sections, and details as necessary.
C. Product Warranty: Pickets, Posts, and Rails standard limited warranty that ornamental fence system is
free from defects in material and workmanship including cracking, peeling, blistering and corroding
for a period of 10 years from the date of purchase.
1.5 QUALITY ASSURANCE
A. The contractor shall provide laborers and supervisors who are thoroughly familiar with the type of
construction involved and the materials and techniques specified.
Addendum No. 1
East Side Union High School District Independence High School Project #: Z-065-603 IH GHKL Modernization (Exterior Court & Fencing) Bid #: B-07-18-19
DECORATIVE ORNAMENTAL STELL FENCING 32 31 19
B. Provide complete fence system and gates, with all components provided by a single manufacturer,
including all panels, posts, gates, fittings and hardware.
C. Manufacturer Qualifications: Company specializing in manufacturing of steel ornamental picket fence
systems with a minimum of 5 years documented experience.
1.6 PRODUCT HANDLING AND STORAGE
A. Panels, gates, posts, and accessories to be delivered to the project site assembled and coated. Upon
receipt at the job site, all materials shall be checked to ensure that no damages occurred during
shipping.
B. Materials shall be handled and stored properly to protect against damage, weather, vandalism and theft.
PART 2 – PRODUCTS
2.1 DECORATIVE ORNAMENTAL STEEL FENCE
A. Products from other qualified manufacturers who have ten years or more experience manufacturing
steel ornamental picket fencing will be considered by the architect as equal if approved in writing 10
days prior to biddings, and they meet all specifications for design, size, and gauge of metal parts and
fabrication. Picket fences and gates must be obtained from a single source.
B. Securely welded biasable fence system shall rack 45 degrees based on an 8’ nominal panel if required.
C. Fence style: Kent, 3 Rail.
E. Nominal height: Custom.
F. Pickets, Posts, and Rails: Galvanized square steel tubular members manufactured per ASTM F2408,
having minimum yield strength of 45,000 psi.
1. Commercial: Picket 3/4” square 16 gauge 4-3/4” O.C., Rail 1-1/2” square 14 gauge, actual
panel width 94”, 120”, or custom.
G. Finish: Manufactured in compliance with ASTM F2408 - Corrosion Resistance Salt Spray Test per
ASTM B117, Impact Resistance per ASTM D2794, and Adhesion per ASTM D3359 Method B.
All primary components shall receive a thorough cleaning and pre-treatment with a 10-step process:
Hot alkaline cleaner, clear water rinse, hot iron phosphate application, clear water rinse, reverse
Osmosis rinse, dry off oven heat, zinc enriched powder primer coat at 2-4 mils., gel oven heat, Ultra
polyester finish T.G.I.C. powder coat at 2-4 mils., and final curing oven.
Choose color: Powder Coat Black.
2.2 ACCESSORIES
A. Rail/Post Bracket – Bracket system ensures easy installation without the need to weld in the field.
B. Post Caps: Cast aluminum or malleable iron or formed steel manufactured to form a weather-tight
closure. Cap style: flat tops - on all posts.
C. Finial Tops for Pickets – Square.
2.3 SETTING MATERIALS
A. Concrete: Minimum 28 day compressive strength of 2,500 psi.
B. Flanged Post: Provide flanged base plates with 4 holes for surface mounting where indicated. (For
wall mount or pad mount situations.)
Addendum No. 1
East Side Union High School District Independence High School Project #: Z-065-603 IH GHKL Modernization (Exterior Court & Fencing) Bid #: B-07-18-19
DECORATIVE ORNAMENTAL STELL FENCING 32 31 19
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify areas to receive fencing are completed to final grades and elevations.
B. Property lines and legal boundaries of work to be clearly established by the general contractor or
property owner.
3.2 FENCE INSTALLATION
A. Install fence per manufacturer's recommendations.
B. Space posts uniformly at manufactures standard face to face of post dimension unless instructed
otherwise.
3.3 CLEANING
A. Clean up debris and remove from the site.
END OF SECTION
Addendum No. 1
East Side Union High School District Independence High School Project #: Z-065-603 IH GHKL Modernization (Exterior Court & Fencing) Bid #: B-07-18-19
SITE UTILITY REPAIR 1 02 41 15
SECTION 02 41 15
SITE UTILITY REPAIR
PART 1 GENERAL
1.1 SUMMARY
A. Includes But Not Limited To 1. The contractor shall identify the location of the existing utilities for the site using
existing plans, obvious surface features, locations of facilities, locator services and other practical means 48 hours prior to ground disturbance.
2. At locations where identified site utilities may conflict with the planned construction, the contractor shall pothole the utility 5 days in advance of the work to ascertain if a conflict exists. If a conflict does exist, the contractor shall notify the Owner and Engineer immediately.
3. Repair of existing utilities damaged during the course of construction.
1.2 ADMINISTRATIVE REQUIREMENTS
A. Coordination 1. Contractor shall coordinate with affected utilities. 2. Contractor shall coordinate with other contractors working on the site. 3. Coordinate with site landscape maintenance company.
B. Preconstruction Meeting 1. Contractor shall schedule a preconstruction meeting prior to initiating work. 2. Attendees at the preconstruction meeting shall include but not be limited to:
a. Owner’s Representative b. Contractor’s General Foreman c. Subcontractors (if applicable) d. QA Representative e. QC Representative f. Other site users or affected parties as applicable.
C. Scheduling 1. The location of underground facilities shall be included as an initial schedule activity. 2. Potholing of potential conflicting utilities shall be performed within 48 hours after the
conflict is identified.
1.3 SUBMITTALS
A. The workman or subcontractors to perform the repairs shall be identified prior to the initiation of work and telephone number made available to the Owner’s Representative. 1. The contractor shall have the resources available to immediately and expeditiously
repair damaged utilities, without impact to the schedule, including:
Addendum No. 1
East Side Union High School District Independence High School Project #: Z-065-603 IH GHKL Modernization (Exterior Court & Fencing) Bid #: B-07-18-19
SITE UTILITY REPAIR 2 02 41 15
a. site lighting b. irrigation lines and wires c. water services d. electrical lines
1.4 CLOSEOUT SUBMITTALS
A. Provide Owner with record drawings indicating site utility repairs with related information including photographs.
PRODUCTS
1.5 MATERIALS
A. The materials used for repairs shall be compatible and similar with the site utility to be repaired.
B. Minimum thickness of plastic pipe for irrigation repairs shall be Schedule 40.
C. Utility Boxes: Traffic-rated box and lid in pavement areas; Plastic or composite box in landscape areas.
D. Wire Connectors: 3M AY type connectors shall be used for wire splices.
PART 2 EXECUTION
2.1 PROTECTION
A. The contractor is responsible for protecting existing site utilities identified or which should have been identified by compliance with these specifications.
2.2 CONSTRUCTION
A. Repair of damaged lines or wiring due to the contractor’s failure to adequately identify or protect existing utility lines shall be the contractor's responsibility.
B. Damaged utilities which were not able to be identified or protected shall be repaired by the contractor. 1. The contractor shall make all repairs in accordance with the applicable codes. Care
shall be exercised to avoid further damage to existing facilities during repairs. 2. The repaired lines or wiring shall be tested prior to backfilling. 3. The contractor shall be responsible for any damage to the completed work due to
improper repairs of existing site utilities. 4. Electrical splices:
a. Damaged electrical lines shall be replaced from existing pull boxes or facilities. Splices shall only be made with the express permission of the Owner.
b. Damaged irrigation wiring may be spliced with wire connectors. Splices in wiring run shall have a utility box placed over the splice.
END OF SECTION
Addendum No. 1
East Side Union High School District
Independence High School Project #: Z-065-603
IH GHKL Modernization (Exterior Court & Fencing) Bid #: B-07-18-19
EXCAVATION, GRADING & BACKFILL 31 23 00
SECTION 31 23 00
EXCAVATION, GRADING & BACKFILL
PART 1 GENERAL
1.1 SUMMARY
A. Includes But Not Limited To
1. Perform rough and finish grading work required to prepare site for construction as
described in Contract Documents.
2. Perform trench excavation and backfill for site utilities.
2. Perform excavating and compacting included in Project not covered under other
Sections.
B. Related Sections
1. Section 02 41 13 - Site Demolition
2 Section 32 00 01 - General Exterior Site Construction Requirements
1.2 QUALITY ASSURANCE
A. Investigation
1. Contractor shall schedule a pre-construction meeting with Owners
Representative to discuss designed grades specific to this phase of project.
2. Identify benchmark to be used in establishing grades and review Contract Document
requirements for grades, fill materials, and topsoil.
3. Examine site to pre-plan procedures for making cuts, placing fills, and other
necessary work.
B. Proof Rolling
1. Contractor shall proof roll keyways, fills and subgrades when requested to do so by
Owner’s representative.
C. Compaction Testing
1. Contractor shall schedule compaction testing with Owner’s Agent at least 48 hours
prior to required testing.
2. Contractor shall provide construction equipment to prepare testing sites. Minimum
equipment shall be a rubber tired backhoe or equivalently weighted rubber tired
machine.
3. Contractor shall recompact all test locations if necessary.
PART 2 PRODUCTS
2.1 MATERIALS
A. Site Material - Existing excavated material on site which has been identified as not being
unsuitable as defined by Section 32 00 01 is suitable for use as fill material or backfill where
allowed.
B. Imported Fill/Backfill
Addendum No. 1
East Side Union High School District
Independence High School Project #: Z-065-603
IH GHKL Modernization (Exterior Court & Fencing) Bid #: B-07-18-19
EXCAVATION, GRADING & BACKFILL 31 23 00
1. Equal to or greater than quality of onsite material in terms of “R” Value, but not less
than R=25.
2. Plasticity Index less than 15 or no expansion pressure per CTM 301.
C. Imported Topsoil
1. Fertile, loose, friable soil meeting the following criteria:
a. pH between 5.5 and 7.7
b. Soluble Salts - less than 2.0 mmhos/cm
c. Sodium Absorption Ration (SAR) - less than 3.0
d. Organic Matter - greater than 1 percent
2. Physical Characteristics:
a. Gradation as defined by USDA triangle of physical characteristics as measured
by hydrometer.
Sand - 15 to 60 percent
Silt - 10 to 60 percent
Clay - 5 to 30 percent
b. Clean and free from toxic minerals and chemicals, noxious weeds, rocks larger
than 1-1/2 inches in any dimensions, and other objectionable materials.
c. Soil shall not contain more than 2 percent of particles measuring over 2.0 mm
in largest size.
D. Trench Backfill – CLSM per Section 32 00 01
E. Drain Rock
1. Drain rock material shall meet the following gradation requirements:
Screen Size Percentage passing
1-1/2” 100
3/4” 5 (max.)
No. 200 2 (max.)
PART 3 EXECUTION
3.1 PREPARATION
A. Before making cuts, remove topsoil over areas to be cut and filled that was not previously
removed by stripping. Stockpile this additional topsoil with previously stripped topsoil.
B. Keyways for Fills
1. Prepare keyway at toe of fills.
2. Keyways shall extend a minimum of 1.5 feet below adjacent undisturbed ground.
3. Keyways shall be a minimum of 6 feet in width.
4. Keyways shall slope between 0 and 4 percent toward the fill.
5. The bottom of the keyway shall be scarified, moisture conditioned and compacted to
90 percent relative compaction a minimum depth of 6 inches.
6. Proof roll for unstable or unsuitable soils.
3.2 PROTECTION
A. General: Open excavations, trenches, and the like shall be protected with fences, covers,
or railings as required to maintain safe pedestrian and vehicular traffic passage.
Addendum No. 1
East Side Union High School District
Independence High School Project #: Z-065-603
IH GHKL Modernization (Exterior Court & Fencing) Bid #: B-07-18-19
EXCAVATION, GRADING & BACKFILL 31 23 00
B. Erosion of newly backfilled areas shall be prevented during construction. Settlement or washing that occurs in backfilled areas shall be repaired and grades reestablished to the required elevations.
C. Contractor shall comply with all local, state and federal storm water protection regulations.
3.3 PERFORMANCE
A. Tolerances
1. Maximum variation from indicated grades for rough grading shall be +/- 0.05 foot.
2. Grading shall not vary from the negative to positive tolerances within 50 feet.
3. Make proper allowances for final finish grades of pavement, top soil, planting areas or
other structures.
B. When existing grade around existing plants to remain is higher than new finish grade,
perform regrading by hand. Do not expose or damage existing shrub or tree roots.
C. Excavation
1. Maximum cut slopes shall be 2H:1V or as shown on plans.
2. Round off top 3 feet of cut slopes
3. Do not overcut slopes by more than 0.5 feet measured perpendicularly from the cut
slope.
4. Protect existing trees and improvements from equipment damage.
5. Finish slopes shall be graded smooth.
6. Drainage: Ensure proper drainage in and around excavation area. Do not allow water
to accumulate in excavated areas. Water in excavation areas shall be removed by
pumps or other means.
7. Excavated material becomes property of the contractor.
a. When fill is required elsewhere on site, Contractor shall use excavated material
first prior to importing additional material, unless excavated material is deemed
unusable by the Owner’s Agent.
b. If not called for reuse elsewhere on the site, excavated material will be
disposed of by the Contractor in a legal manner.
D. Over-excavation
1. Excavations below indicated depths will not be permitted, except to remove
unsuitable material as identified in Section 32 00 01 of these Specifications.
2. Satisfactory material removed below the depths indicated without specific
direction from the Owner’s Agent shall be replaced at no additional cost to the
Owner to the indicated excavation grade. Replacement material shall be approved by
Owner’s Agent prior to performing the work.
E. Trenching
1. Excavate to depth and alignment as shown on plans.
2. Bottom of trench shall be accurately graded to provide required slope and shall be
stabilized if necessary, to provide a firm pipe bed.
a. Recesses shall be excavated to accommodate bells so that the pipe will be
uniformly supported for the entire length.
3. Rock, where encountered, shall be excavated to a depth of 6 inches below the bottom
of the pipe and the void backfilled with clean fill sand.
4. No joint trenching is allowed unless otherwise shown on drawings.
Addendum No. 1
East Side Union High School District
Independence High School Project #: Z-065-603
IH GHKL Modernization (Exterior Court & Fencing) Bid #: B-07-18-19
EXCAVATION, GRADING & BACKFILL 31 23 00
5. Provide shoring as required by Cal OSHA.
6. Trench width shall equal pipe width plus 6 inches unless otherwise shown on plans.
F. Subgrade Preparation
Site Tolerances
1. Maximum variation from indicated grades for rough grading shall be +/- 0.05 foot.
2. Grading shall not vary from the negative to positive tolerances within 50 feet.
3. Make proper allowances for final finish grades of pavement, top soil, planting areas or
other structures.
4. If soft spots, water, or other unusual and unforeseen conditions affecting grading
requirements are encountered, stop work and notify Owner’s Agent.
G. Fill Construction
1. Uniformly moisture condition fill material to between optimum plus 3 percent optimum
moisture prior to placing in fill.
2. Place fills in maximum loose lifts of 8 inches.
3. Compact fills to 90 percent relative compaction under concrete flat work areas;
compact to 95 percent relative compaction under asphalt concrete paving. In
landscape areas, compact to 85 percent relative compaction (do not over-compact).
4. Correct any unstable areas.
5. Compact fill slopes after trimming with 3 passes of a sheepsfoot roller or track roll.
6. No fill or backfill material shall be placed during adverse weather conditions that will
alter the moisture content to above optimum level.
a. Approved compacted subgrades that are disturbed by adverse weather or by the
Contractor’s actions shall be scarified and re-compacted to the required density
prior to further construction thereon.
H. Trench backfill
1. CLSM or Cement Slurry per Section 32 00 01 of these Specifications, and as shown
on Plans.
2. Do not perform any trench backfill until lines have been inspected and/or tested by
Owner’s Agent and authorization has been given to proceed by said Agent.
I. Finish Grading
1. Do not start finish grading until rough grading tolerances are met.
2. Prior to finish grading or adding topsoil to planters, dig out weeds by roots and remove
rocks, concrete, asphalt, wood, forming material, wire, rubble, sticks, etc.
3. Prior to placing topsoil, remove aggregate base down to native soil in planting areas.
4. Excavate planting areas to provide the following minimum topsoil depths below
adjacent concrete or finish surfaces:
a. Lawn and Groundcover Planting Areas - 7 inches minimum
b. Shrub Planting Areas - 14 inches minimum.
5. Redistribute approved existing topsoil stored on site from stripping per Section
02 41 13.
6. Add imported topsoil as necessary to provide required topsoil depth.
7. Fine grade topsoil 1 inch minimum to 2 inches maximum below top of concrete or
finish surfaces, unless shown otherwise on plans. Rake smooth and remove all
lumps, rocks, etc.
8. Provide a minimum of 8 inches clearance from finish floor at buildings or wood
structures.
Addendum No. 1
East Side Union High School District
Independence High School Project #: Z-065-603
IH GHKL Modernization (Exterior Court & Fencing) Bid #: B-07-18-19
EXCAVATION, GRADING & BACKFILL 31 23 00
9. Slope away from buildings at ½ inch per foot for a minimum of 5 feet.
10. Fill low spots and pockets with topsoil and grade to drain.
J. Clean up
1. Upon completion of the work under this section, Contractor shall remove from the
premises all surplus materials, tools, equipment, trash, rubbish, left-over material and
debris resulting from the work at his own expense and leave the site in a clean and neat
condition satisfactory to the Owner’s Agent.
PART 4 PAYMENT
A. Unless specified otherwise in the bid schedule, excavation, off haul, grading and backfill shall
be paid for as a part of the various items of work and no separate payment shall be made.
END OF SECTION
Addendum No. 1
East Side Union High School District Independence High School Project #: Z-065-603 IH GHKL Modernization (Exterior Court & Fencing) Bid #: B-07-18-19
HMA PAVEMENT REPAIR 32 12 16.05
SECTION 32 12 16.05
HMA PAVEMENT REPAIR
PART 1 GENERAL
1.1 SUMMARY
A. Includes But Not Limited To 1. Remove and replace paving and/or base in specific areas as described in Contract
Documents.
B. Related Sections 1. Section 32 00 01 - General Exterior Site Construction Requirements 2. Section 32 01 26.72 - Cold Planing 3. Section 32 12 16 - HMA Pavement
PART 2 PRODUCTS
2.1 MATERIALS
A. Base -3/4" Class 2 Base for below grade fill in accordance with Section 26 of the Caltrans Standard Specifications.
B. HMA 3/4” for Base course in digouts, 3/8” finish course in Playground Areas Type A per revised Section 39 of the Caltrans Standard Specifications.
PART 3 EXECUTION
3.1 PERFORMANCE
A. Repair Of Deteriorated Pavement Areas 1. Cut edges of pavement in rectangular shape and for one foot minimum beyond
damaged material. Make vertical cuts using pavement saw or cold planer. 2. Base - Construct per plans and Section 32 12 16. 3. Apply emulsion tack coat to vertical edges of existing asphalt and sitework concrete to
be paved against. 4. Paving -Lifts
i. Maximum lift thickness including top lift shall be 2 inches in thickness.
b. Longitudinal bituminous joints shall be vertical, and properly tack coated if not paved same day. Transverse joints shall always be tack coated if not paved same day. Heat all cold joints on adjacent existing paving if previous mat was placed over 3 hours prior to placement of current mat.
c. Compaction - i. Compact per Section 32 12 16 HMA Paving. ii. Roll with powered equipment capable of obtaining specified density.
Vibratory plate compactor may be used for areas too small for large
Addendum No. 1
East Side Union High School District Independence High School Project #: Z-065-603 IH GHKL Modernization (Exterior Court & Fencing) Bid #: B-07-18-19
HMA PAVEMENT REPAIR 32 12 16.05
power equipment. d. Surface shall be uniform with no 'birdbaths'. Leave finished surfaces clean and
smooth. Variations from adjacent surface shall not exceed 1/8 inch.
3.2 CLEANING
A. Upon completion of repair operations, clean up and remove debris.
END OF SECTION
Addendum No. 1
EB
EB
DI
CO
CO
CO
10'
9'
EXISTING
BUILDING
EXISTING
BUILDING
EXISTING
BUILDING
EXISTING
BUILDING
EXISTING
BUILDING
EXISTING
BUILDING
EXISTING
BUILDING
100.17EG
100.00EP/EG
101.40EG
MATCH
101.50EG
MATCH
100.50EG
101.73EG
100.61EG
100.56EG
99.52EG
MATCH
100.40EG
99.48EP/EG
99.47EG
99.50EP
99.46EP/EG
MATCH
99.67PCC
MATCH
100.45EG
MATCH
99.98EP/EG
MATCH
99.98PCC
MATCH
99.94EG
100.00EP/EG
PCC FOOTING @
TBM = 100.00
BUILDING CORNER
99.48EG
101.04PCC
MATCH
100.82EG
99.85PCC/EG
MATCH
100.63PCC/EG
MATCH
99.49EP/EG
99.47EP
5'
5'
60'
50'
42' 52'
9'
99.86EG
99.86EP
99.59EP
99.86EP
99.99PCC
MATCH
99.60EP
99.63EP
99.46EP
99.54EPMATCH
MATCH 99.52EG
99.48EP/EG
100.65EG
99.86EP
100.79EG
99.48EP/EG
99.56EG
MATCH
99.77EG
99.65TP
101.56EG
99.48EP/EG
101.11EG
99.69TP
100.95EG
MATCH
99.48EG
MATCH
99.00EG
MATCH
101.00EG
99.65TP
5'
CO
CO
EXISTING
BUILDING
MATCH
MATCH
Pave
men
t Eng
inee
ring
Inc.
You
can
ride
on
our r
eput
atio
n
Cor
pora
te O
ffice
:34
85 S
acra
men
to D
rive,
Sui
te A
San
Luis
Obi
spo,
CA
934
0180
5.78
1.22
65
TLS
1 of 5
180243_01
OCT. 2018
AS SHOWN
EA
ST
S
ID
E U
NIO
N H
IG
H S
CH
OO
L D
IS
TR
IC
T
EX
TE
RIO
R C
OU
RT
&
F
EN
CIN
G P
RO
JE
CT
IN
DE
PE
ND
EN
CE
H
IG
H S
CH
OO
L
TIT
LE
P
AG
E
AREA PLAN
1" = 200'
ENLARGEMENT A
ENLARGEMENT B
EAST SIDE UNION HIGH SCHOOL DISTRICT
EXTERIOR COURT & FENCING PROJECT
INDEPENDENCE HIGH SCHOOL
PROJECT NO. Z-065-603
NOTES:
1. CONTRACTOR SHALL BE RESPONSIBLE FOR ANY AND ALL TESTING THAT MAY BE REQUIRED TO LEGALLY DISPOSE OF
EXCESS MATERIAL..
2. ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH THE PLANS & CONTRACT DOCUMENTS. WORK NOT COMPLYING
WITH PLANS & CONTRACT DOCUMENTS WILL BE SUBJECT TO REMOVAL AND REPLACEMENT AT THE CONTRACTORS
EXPENSE.
3. THE CONTRACTOR SHALL REMOVE ALL CONSTRUCTION DEBRIS AND LEAVE WORK AREA CLEAN DAILY.
4. ALL MATERIALS AND WORKMANSHIP ARE SUBJECT TO REVIEW BY OWNER. ANY PORTION OF THE WORK DEFECTIVE SHALL
BE REPLACED BY THE CONTRACTOR AS PART OF THIS CONTRACT AT NO ADDITIONAL COST TO THE OWNER.
5. ABSOLUTE ACCURACY OF DRAWING CAN NOT BE GUARANTEED. WHILE EVERY EFFORT HAS BEEN MADE TO COORDINATE
THE LOCATION OF THE EXISTING EQUIPMENT, PIPING, ETC. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO
COORDINATE THE EXACT REQUIREMENTS GOVERNED BY ACTUAL JOB CONDITIONS.
6. AREAS NOT IN SCOPE OF WORK DISTURBED DURING CONSTRUCTION SHALL BE RESTORED TO THE EXISTING CONDITION
AT THE CONTRACTORS EXPENSE.
7. PROTECT EXISTING BUILDING STRUCTURES, AND ADJACENT FINISHED SURFACES DURING CONSTRUCTION. PATCH,
REPAIR AND REFINISH AREAS DAMAGED OR IMPACTED BY WORK DURING THIS PROJECT TO MATCH ADJACENT
UNDISTURBED AREAS. PATCHING, REPAIRING AND REFINISHING IS TO BE PERFORMED BY WORKMEN SKILLED IN THE
TRADES INVOLVED.
8. CONTRACTOR SHALL HAVE LOCATING SERVICE VERIFY LOCATION OF ALL EXISTING UTILITIES PRIOR TO EXCAVATION.
CONTRACTOR SHALL CONTACT THE ENGINEER TO REVIEW AND ADDRESS ANY UTILITIES CONFLICTING WITH THE SCOPE
OF WORK.
9. UTILITY BOXES IN CONSTRUCTION AREAS SHALL BE REUSED AND ADJUSTED TO FINISHED GRADE. IF BOXES ARE NOT
REUSABLE, CONTRACTOR SHALL NOTIFY ENGINEER PRIOR TO REMOVAL.
10. ANY AND ALL IRRIGATION LINES AND SPRINKLERS IN WORK AREA SHALL BE RELOCATED OUTSIDE LIMITS OF NEW
BASKETBALL COURT AREA.
FINAL PLANS
FOR
CONSTRUCTION
J
O
S
E
P
H
L .
R
I
R
I
E
C52735
Exp. 12-31-18
C
IV
IL
S
T
A
T
E
O
F
CAL
I
F
O
R
N
I
A
RE
G
I
S
T
E
R
E
D
P
R
O
FE
S S
IO
N
A
L
E
N
G
I
N
E
ER
Addendum No. 1
EXISTING
BUILDING
EXISTING FENCE
TO REMAIN
INSTALL NEW FENCING
& DOUBLE SWING
ENTRY GATE
INSTALL NEW FENCING
& DOUBLE SWING
ENTRY GATE
EXISTING LIGHT
STANDARD
EXISTING LIGHT
STANDARD
CO
PROTECT EXISTING
CLEANOUT
PROTECT EXISTING IRRIGATION LINES
& SPRINKLERS (TYP.)
CO
EXISTING PCC
MOW BAND
EXISTING LIGHT
STANDARD
Pave
men
t Eng
inee
ring
Inc.
You
can
ride
on
our r
eput
atio
n
Cor
pora
te O
ffice
:34
85 S
acra
men
to D
rive,
Sui
te A
San
Luis
Obi
spo,
CA
934
0180
5.78
1.22
65
TLS
2 of 5
180243_01
OCT. 2018
1" = 10'
EA
ST
S
ID
E U
NIO
N H
IG
H S
CH
OO
L D
IS
TR
IC
T
EX
TE
RIO
R C
OU
RT
&
F
EN
CIN
G P
RO
JE
CT
IN
DE
PE
ND
EN
CE
H
IG
H S
CH
OO
L
ENLARGEMENT A - DESIGN
1" = 10'
EN
LA
RG
EM
EN
T A
- D
ES
IG
N
FINAL PLANS
FOR
CONSTRUCTION
J
O
S
E
P
H
L .
R
I
R
I
E
C52735
Exp. 12-31-18
C
IV
IL
S
T
A
T
E
O
F
CAL
I
F
O
R
N
I
A
RE
G
I
S
T
E
R
E
D
P
R
O
FE
S S
IO
N
A
L
E
N
G
I
N
E
ER
LEGEND
CO CLEAN OUT
INSTALL NEW FENCING
EXISTING FENCE TO REMAIN
Addendum No. 1
EXISTING
BUILDING
EXISTING FENCE
TO REMAIN
INSTALL NEW FENCING
& DOUBLE SWING
ENTRY GATE
INSTALL NEW FENCING
& DOUBLE SWING
ENTRY GATE
99.62EG
99.89EG
100.30EG
MATCH
99.80EG
MATCH
REMOVE EX. TREE, ROOTS
& ROOT BALL (TYP.)
INSTALL BASKETBALL
HALF COURT; SEE
LEGEND FOR
OPTIONS
REMOVE EX. & REPLACE
WITH 6" HMA
99.86EG
MATCH
REMOVE & DISPOSE OF
EXISTING FENCE, GATES &
FOOTINGS; BACKFILL WITH
TOPSOIL AND RESEED
EXISTING
BUILDING
EXISTING TREES TO
REMAIN (TYP.)
REMOVE EX. STUMP,
ROOTS & ROOT BALL
Pave
men
t Eng
inee
ring
Inc.
You
can
ride
on
our r
eput
atio
n
Cor
pora
te O
ffice
:34
85 S
acra
men
to D
rive,
Sui
te A
San
Luis
Obi
spo,
CA
934
0180
5.78
1.22
65
TLS
3 of 5
180243_01
OCT. 2018
1" = 10'
EA
ST
S
ID
E U
NIO
N H
IG
H S
CH
OO
L D
IS
TR
IC
T
EX
TE
RIO
R C
OU
RT
&
F
EN
CIN
G P
RO
JE
CT
IN
DE
PE
ND
EN
CE
H
IG
H S
CH
OO
L
LEGEND
DI DROP INLET
EB
GV
SCO
WV
GAS VALVE
SEWER CLEANOUT
ELECTRICAL BOX
WATER VALVE
MH MAN HOLE
CO CLEAN OUT
DEPTH; PLACE 2" TOP SOIL & RESEED
INSTALL REDWOOD HEADERBOARD
EXCAVATE & REMOVE EX. VEGETATION & SOIL TO REQUIRED
REMOVE EX. & INSTALL 6" FULL DEPTH HMA
ENLARGEMENT B - DESIGN
1" = 10'
EN
LA
RG
EM
EN
T B
- D
ES
IG
N
INSTALL STEELCRAFT PRODUCTS MODEL NO. 12044 W/RECTANGULAR
SHAPE EXTENSION BASKETBALL POST & STEELCRAFT PRODUCTS
MODEL NO. -09X, DELUXE FIBERGLASS BACKBOARD (SHORT), PER
FINAL PLANS
FOR
CONSTRUCTION
J
O
S
E
P
H
L .
R
I
R
I
E
C52735
Exp. 12-31-18
C
IV
IL
S
T
A
T
E
O
F
CAL
I
F
O
R
N
I
A
RE
G
I
S
T
E
R
E
D
P
R
O
FE
S S
IO
N
A
L
E
N
G
I
N
E
ER
INSTALL NEW FENCING
EXISTING FENCE TO REMAIN
STRIPE MAIN COURT WITH YELLOW PAINT
STRIPE SIDE COURTS WITH WHITE PAINT
THE MANUFACTURES RECOMMENDATIONS
STRIPE VOLLEYBALL COURT WITH GREEN PAINT
Addendum No. 1
Pave
men
t Eng
inee
ring
Inc.
You
can
ride
on
our r
eput
atio
n
Cor
pora
te O
ffice
:34
85 S
acra
men
to D
rive,
Sui
te A
San
Luis
Obi
spo,
CA
934
0180
5.78
1.22
65
TLS
5 of 5
180243_01
OCT. 2018
AS SHOWN
EA
ST
S
ID
E U
NIO
N H
IG
H S
CH
OO
L D
IS
TR
IC
T
EX
TE
RIO
R C
OU
RT
&
F
EN
CIN
G P
RO
JE
CT
IN
DE
PE
ND
EN
CE
H
IG
H S
CH
OO
L
DE
TA
IL
S
6" FULL-DEPTH HMA PAVEMENT
NTS
3" HMA SURFACE COURSE
COMPACT SUBGRADE TO 95% R.C.
& REMOVE ANY LOOSE MATERIAL
3" HMA BASE COURSE
COMPACT SUBGRADE TO 90% &
REMOVE ANY LOOSE MATERIAL
NTS
PCC SIDEWALK DETAIL
4" CONCRETE SIDEWALK
W/6X6 WELDED WIRE MESH
AGG. BASE (SEE NOTE NO. 3)
NOTES
1. VERIFY COLOR WITH DISTRICT
2. 1" SQ. PRESSED STEEL CAPS TAC WELDED TO PICKETS
PANEL MATERIAL:
1-1/2" SQ. 14 GA RAILS
1" SQ. 14 GA PICKETS
NOTE
2" x 4" x 18" MIN. STAKES @ 32" O.C. &
2" x 6" x 18" MIN. STAKES @ HEADERBOARD JOINTS
NTS
2x6 HEADERBOARD DETAIL
1/2"
MAX.
(3 EA)-12d BOX
HOT DIP GALV.
NAILS @ EA STAKE
15° ANGLED CUT ON
TOP OF STAKE (TYP.)
SEE NOTE
EXISTING
PAVEMENT
NEW HMA
OVERLAY
2" x 6" HEADERBOARD
18
" M
IN
.
90" PANEL WIDTH
96" CENTER TO CENTER POST
6"
70
" P
AN
EL
H
EIG
HT
72
" F
EN
CE
H
EIG
HT
18" DIA.
36
"6
"
4"
3-7/8" INSIDE TO
INSIDE PICKET EDGE
POST: 6" SQ. .188"
WALL X 9' LONG GALV.
TUBE STEEL CAPS &
POSTS
FINAL PLANS
FOR
CONSTRUCTION
J
O
S
E
P
H
L .
R
I
R
I
E
C52735
Exp. 12-31-18
C
IV
IL
S
T
A
T
E
O
F
CAL
I
F
O
R
N
I
A
RE
G
I
S
T
E
R
E
D
P
R
O
FE
S S
IO
N
A
L
E
N
G
I
N
E
ER
NOTES
1. VERIFY COLOR WITH DISTRICT
2. 1" SQ. PRESSED STEEL CAPS TAC WELDED TO PICKETS
3. VERIFY IN FIELD, WIDTH OF DOUBLE ENTRY GATES AS
SHOWN ON PLAN
4. CONTRACTOR SHALL SUPPLY SHOP DRAWINGS OF ORNAMENTAL
DOUBLE GATE FOR DISTRICT REVIEW AND APPROVAL
STRONG ARM DOUBLE
SWING GATE LATCH SHIPPED
LOOSE & BOLTED IN THE
FIELD (CYCLONE FENCE &
IRON, INC, SAN MARTIN, CA).
10'-10.5" CLEAR DISTANCE BETWEEN POST
11'-4.5" CENTER TO CENTER POST
6"
70
" P
AN
EL
H
EIG
HT
72
" F
EN
CE
H
EIG
HT
24" DIA.
48
"6
"
4"
POST: 6" SQ. .188"
WALL X 10' LONG GALV.
TUBE STEEL POSTS;
PRESSED STEEL CAPS &
POST SHIPPED LOOSE
GATE HARDWARE:
4" HEAVY DUTY BEARING
HINGES MAINTENANCE FREE
GATE MATERIAL:
1-1/2" SQ. 12 GA. VERTICLES
1-1/2" SQ. 12 GA. HORIZONTALS
1" SQ. 14 GA. PICKETS
7/16" DIA. ADJUSTABLE TRUSS
ROD & TIGHTENERS
CANE BOLT ASSEMBLY
3/4" DIA. H.D.SOLID ROUND
BAR DUAL POSITION LOCKABLE
CAN BOLT X 30"H WELDED TO
INSIDE OF GATE FRAME (CYCLONE
FENCE & IRON, INC., SAN
MARTIN, CA)
3-3/4" (HINGE GAP)3-3/4" (HINGE GAP)
3" (CENTER LATCH GAP)
NTS
DOUBLE SWING ENTRY GATE DETAIL
NTS
TYPICAL FENCE PANEL DETAIL
6"
NTS
CANE BOLT FOR ALL GATES
UPPER LOCK TAB 1/8"
THICK TAB W/7/9" HOLE
(WELDED TO GATE FRAME)
1/8" THICK TAB W/7/8" HOLE
(WELDED TO CAN BOLT)
LOWER LOCK TAB 1/8"
THICK TAB W/7/9" HOLE
(WELDED TO GATE FRAME)
30
"
UPPER GUIDE PLATE
(WELDED TO GATE FRAME)
LOWER GUIDE PLATE
(WELDED TO GATE FRAME)
3/4" ROUND SOLID BAR CANE BOLT X 30"
(SLIDES FREELY THROUGH GUIDES)
4" 6"
AT ALL GATES PROVIDE
CONCRETE FOOTING FOR
CANE BOLT
Addendum No. 1
10
' FR
OM
FIN
ISH
GR
AD
E T
O R
IM
54
" M
IN.
BASKETBALL SYSTEM; INSTALLED PERMANUFACTURES RECOMMENDATIONS
FINISH GRADE
SEE PAVEMENTSECTION
(2) 1" OD PIPE WELDED TOSIDE OF POST
CONCRETE FOOTING; 2500 PSIMIN. STRENGTH30"
NTS
BASKETBALL STANDARD DETAIL
Addendum No. 1
East Side Union High School DistrictIH GHKL Moderniztion (Exterior Court & Fencing)Bid #: B-07-18-19Addendum No. 1
RAIL SUPPORTBRACKET
#6 X 1" TAMPERPROOF SCREW
NEW/EXISTING POST,COLUMN OR WALL
1-1/2" SQ.14 GA. RAIL
NTS
BRACKET INSTALLATION DETAIL
East Side Union High School DistrictZ-065-604IH GHKL Modernization (Exterior Court & Fencing)Bid #: B-07-18-19Addendum No. 1
PROJECT#Z-065-603
BID#B-07-18-19
IH G
HK
L M
OD
ER
NIZ
AT
ION
(E
XT
ER
IOR
CO
UR
T &
FE
NC
ING
)
IND
EP
EN
DE
NC
E H
IGH
SC
HO
OL
617
N J
acks
on A
ve, S
an J
ose,
CA
951
33
PROJECT#Z-065-603
BID#B-07-18-19
IH G
HK
L M
OD
ER
NIZ
AT
ION
(E
XT
ER
IOR
CO
UR
T &
FE
NC
ING
)
IND
EP
EN
DE
NC
E H
IGH
SC
HO
OL
E .1
617
N J
acks
on A
ve, S
an J
ose,
CA
951
33
10'
9'
EXISTING
BUILDING
100.17EG
100.00EP/EG
101.40EG
MATCH
101.50EG
MATCH
100.50EG
101.73EG
100.61EG
100.56EG
99.52EG
MATCH
99.47EG
99.50EP
99.46EP/EG
MATCH
99.67PCC
MATCH
100.45EG
MATCH
99.98EP/EG
MATCH
99.98PCC
MATCH
99.94EG
100.00EP/EG
99.48EG
101.04PCC
MATCH
100.82EG
99.85PCC/EG
MATCH
100.63PCC/EG
MATCH
5'
5'
60'
50'
42' 52'
9'
99.86EG
99.86EP
99.59EP
99.86EP
99.99PCC
MATCH
99.60EP
99.63EP
99.46EP
99.54EPMATCH
MATCH
100.65EG
99.86EP
100.79EG
99.48EP/EG
99.56EG
MATCH
99.77EG
99.65TP
101.11EG
99.69TP
100.95EG
MATCH
99.48EG
MATCH
99.00EG
MATCH
101.00EG
99.65TP
5'
EXISTING
BUILDING
MATCH
MATCH